Construction Contract Leads
South East
Category Works
Type
No. of Lots 2
Status Active
Published 18th Jan 2024
Reference | ocds-h6vhtk-042e15 |
Common Procurement Vocabulary | Ground investigation work |
Procurement Method | Open procedure |
Value | £525,000 |
South East
Category Works
Type
No. of Lots 2
Status Active
Published 18th Jan 2024
Reference | ocds-h6vhtk-042e15 |
Common Procurement Vocabulary | Ground investigation work |
Procurement Method | Open procedure |
Value | £525,000 |
Section I: Contracting authority
I.1) Name and addresses
Portsmouth City Council
Civic Offices,Guildhall Square
PORTSMOUTH
PO1 2AL
Contact
Procurement Service
procurement [at] portsmouthcc.gov.uk
Telephone
+44 2392688235
Country
United Kingdom
NUTS code
UKJ31 - Portsmouth
Justification for not providing organisation identifier
Not on any register
Internet address(es)
Main address
https://www.portsmouth.gov.uk/ext/business/business.aspx
I.3) Communication
The procurement documents are available for unrestricted and full direct access, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Additional information can be obtained from the above-mentioned address
Tenders or requests to participate must be submitted electronically via
https://in-tendhost.co.uk/portsmouthcc/aspx/home
Electronic communication requires the use of tools and devices that are not generally available. Unrestricted and full direct access to these tools and devices is possible, free of charge, at
https://in-tendhost.co.uk/portsmouthcc/aspx/home
I.4) Type of the contracting authority
Regional or local authority
I.5) Main activity
General public services
Section II: Object
II.1) Scope of the procurement
II.1.1) Title
Intrusive Marine Ground Investigation and Non-Intrusive Surveys 2024 - Tipner West Regeneration
II.1.2) Main CPV code
- 45111250 - Ground investigation work
II.1.3) Type of contract
Works
II.1.4) Short description
Portsmouth City Council - the 'Council' - is seeking tenders for the delivery of both marine ground investigation (GI) works and non-intrusive surveys within the channel between Tipner and Horsea Island, Portsmouth. The services are required in order to aid the progression of the Tipner West Regeneration Project.
The estimated total value of the works across both packages is approx. £525,000 exclusive of VAT.
Due to the differing selection criteria requirements and work methods the packages are being procured as 2 separate Lots. Contractors can bid for either or both lots. The Lots are as follows:
Lot 1: Intrusive ground investigation surveys - Value estimate £450,000. Let using a single stage ICC UK Specification for Ground Investigations and associated re-measurable BOQ contract. Works to begin in April and must be complete by July 2024 or earlier if possible.
Lot 2: Non-intrusive archaeological and ecology surveys. - Value range estimate of £50,000 - £75,000. Let using a NEC4 PS Short Form contract on a fixed price basis. Works must be completed by April 2024 or earlier if possible.
The council is not inviting combined offers for both Lots and will award a separate to the highest scoring bidder for each Lot.
The council's position is that the contracts are classified as works contracts under the Pubic Contracts Regulations (2015). The council is issuing a Contract Notice in the interests of competition and transparency.
The procurement process will be run in accordance with the Open Procedure as set out within the Public Contracts Regulations (2015) although this does not alter the council's position in respect of the works falling below statutory thresholds and does not make remedies set out under the Public Contracts Regulations (2015) available to bidders.
The procurement timetable for both lots is:
• Issue of tender - Thursday 18th January 2024
• Site visits - Thursday 25th January at 10am and Wednesday 31st January at 1pm
• Deadline for requests for clarification - Thursday 8th February 2024 @ 23:59
• Tender return - Monday 19th February 2024 @ 12:00
• Award decision notification - Friday 1st March 2024
• Voluntary standstill period ends - 2nd March 2024 - 11th March 2024 at 23:59
• Contract Award - 18th March 2024
SITE VISITS
Tenderers are strongly urged to visit the site. Site visits are by appointment only for the dates specified in the table above. .
The deadline for tender submission is 19th February 2024 at 12pm with notification of contract award following on 1st March 2024 via the Council's e-sourcing system InTend, which is accessible via: https://intendhost.co.uk/portsmouthcc/aspx/home.
The system will be used to administrate the procurement process in its entirety, guidance documentation is available via the link above.
Both Lots will be tendered via Intend as separate projects with their own unique project identifiers.
II.1.5) Estimated total value
Value excluding VAT: £525,000
II.1.6) Information about lots
This contract is divided into lots: Yes
Tenders may be submitted for all lots
Maximum number of lots that may be awarded to one tenderer: 2
II.2) Description
II.2.1) Title
Lot 1 - Intrusive Marine Ground Investigation 2024 - Tipner West Regeneration Project
Lot No
1
II.2.2) Additional CPV code(s)
- 45111250 - Ground investigation work
- 45120000 - Test drilling and boring work
- 71351100 - Core preparation and analysis services
- 71351200 - Geological and geophysical consultancy services
- 71351500 - Ground investigation services
- 71351720 - Geophysical surveys of archaeological sites
- 71351913 - Geological exploration services
- 71351924 - Underwater exploration services
- 71510000 - Site-investigation services
- 71621000 - Technical analysis or consultancy services
- 71900000 - Laboratory services
II.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Portsmouth Harbour, Tipner West, Horsea Island - Portsmouth
II.2.4) Description of the procurement
The GI works period is significantly constrained by bird migration and breeding patterns meaning that works may only commence from April 2024 and must be complete by July 2024.
It should be noted that this works period may be subject to review and as such the Council will require flexibility from the appointed contractor in the event that these dates need to be moved forward or backwards.
The ground investigation will comprise overwater investigations in the Dredged Channel area.
The Works are to be undertaken predominately on the Intertidal Zone and within the existing SSSI and SPA. As such all works will therefore need to be undertaken in a highly controlled manner to avoid impacts to Marine Ecology. An MMO application for the GI Works has been submitted by WSP.
The Ordnance Survey National Grid Coordinate for the centre of the Site is 463378E 103291N.
SCOPE
The ground investigation will comprise overwater investigations.
The contractor will be responsible for determining that each exploratory hole location is safe for the temporary founding of the jack up legs and for clearing each jack up leg and exploratory hole location of the presence of any UXOs. The scope of the investigation will be as follows:
Six overwater Dynamic Sample / Rotary Cored boreholes to approximately 8 metres below bed level (m BBL) along the proposed land reclamation boundary.
Six Cone Penetration Testing (CPT) overwater to refusal with Unexploded Ordnance (UXO) clearance to 8 m bbl. Alternative methods can be proposed to clear each borehole for UXO, however CPTs would still be a preference.
General
The above scope will also require:
• Onsite inspection and logging of samples;
• In-situ testing in boreholes;
• Chemical and geotechnical sampling in exploratory holes;
• Laboratory geotechnical testing of soils and rock and chemical testing of soil and groundwater samples; and,
• UXO survey of all overwater exploratory holes prior to intrusive works.
Reports
The Principal Contractor is only to prepare the specified factual part of the Ground Investigation Report.
One factual report will be required and named as follows:
• Tipner Dredged Channel
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £450,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
4
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2) Description
II.2.1) Title
Lot 2 - Non-Intrusive Marine and Unmanned Aerial Vehicle Surveys 2024 - Tipner West Regeneration Project
Lot No
2
II.2.2) Additional CPV code(s)
- 71352000 - Subsurface surveying services
- 71354500 - Marine survey services
II.2.3) Place of performance
NUTS codes
- UKJ31 - Portsmouth
Main site or place of performance
Tipner West, Portsmouth
II.2.4) Description of the procurement
The Non-Intrusive Marine and UAV Surveys are not time constrained and may commence from contract award and must be complete as soon as possible, but by April 2024 at the latest.
It should be noted that this works period may be subject to review and as such the Council will require flexibility from the appointed contractor in the event that these dates need to be moved forward or backwards.
A Stage 1 Geotechnical Investigation (GI) was carried out in 2021 and included a suite of Magnetometry/Side Scan Survey and Bathymetry surveys for UXO and archaeological purposes. The proposed marine surveys are required to extend to those areas not covered in the 2021 surveys.
The non-intrusive Marine and UAV Surveys contractor will be required to survey the proposed Dredge Channel, situated within and north of the Tipner channel, between Tipner West and HIE, the proposed survey buffer comprises 26.5 ha and is approximately centred at National Grid Reference (NGR) 463755 103729. This survey area will likely require a combination of marine and UAV surveys.
II.2.5) Award criteria
Price is not the only award criterion and all criteria are stated only in the procurement documents
II.2.6) Estimated value
Value excluding VAT: £75,000
II.2.7) Duration of the contract, framework agreement or dynamic purchasing system
Duration in months
2
This contract is subject to renewal
No
II.2.10) Information about variants
Variants will be accepted: No
II.2.11) Information about options
Options: No
II.2.14) Additional information
SCOPE
The appointed contractor will be the Main Contractor responsible for providing all boats, equipment, welfare for the purposes of undertaking the survey, and is also responsible for obtaining any necessary permits, undertaking the surveys and providing reports.
The following survey types are required:
Side scan sonar (SSS)
Multi beam echo sounder (MBES)
Marine Magnetometry Survey (Mag)
Flown Marine Magnetometry Survey (Mag) (If required),
Section IV. Procedure
IV.1) Description
IV.1.1) Type of procedure
Open procedure
IV.1.8) Information about the Government Procurement Agreement (GPA)
The procurement is covered by the Government Procurement Agreement: No
IV.2) Administrative information
IV.2.2) Time limit for receipt of tenders or requests to participate
Date
19 February 2024
Local time
12:00pm
IV.2.4) Languages in which tenders or requests to participate may be submitted
English
IV.2.6) Minimum time frame during which the tenderer must maintain the tender
Duration in months: 4 (from the date stated for receipt of tender)
IV.2.7) Conditions for opening of tenders
Date
19 February 2024
Local time
1:00pm
Section VI. Complementary information
VI.1) Information about recurrence
This is a recurrent procurement: No
VI.4) Procedures for review
VI.4.1) Review body
The High Court of Justice
The Strand
London
WCA 2LL
Telephone
+44 2079476000
Country
United Kingdom